Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2016 FBO #5327
SOLICITATION NOTICE

38 -- PURCHASE ROTARY SNOW PLOW

Notice Date
6/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
NPS, PWR - GOGA MABO Building 201, Fort Mason San Francisco CA 94123 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01779
 
Response Due
7/5/2016
 
Archive Date
7/20/2016
 
Point of Contact
Kramer, Gary
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation LOADER MOUNT ROTARY SNOW BLOWER REAR ENGINE MOUNTED HYDROSTATIC DRIVE Sequoia and Kings Canyon National Park P16PS01779 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quotations (RFQ #P16PS01779) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-81. It is the contractor ¿s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/?q=/browse/far/52. This action is not being set aside and is unrestricted under NAICS 333120 ¿Construction Machinery Manufacturing. The Government intends to issue a firm-fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. We reserve the right to cancel this solicitation. DESCRIPTION: Sequoia Kings Canyon National Park has a requirement for a Rotary Snow Blower, powered by a rear mounted diesel engine with hydrostatic drive, and designed to be mounted on a Caterpillar 950G front end loader with a 4.0 yard minimum 4.5 yard maximum bucket capacity.. ` All specifications as described in the attached Specifications document shall be met to be considered a responsive offer. INVOICING AND PAYMENT Contractor shall prepare and submit invoice online. Payment will be by electronic funds transfer to the bank account identified in the vendor's SAM record. Terms are net 30 days, unless a prompt payment discount is offered and accepted. The Contractor shall electronically upload their invoices to www.IPP.gov - refer to IPP clause below. CLAUSES AND PROVISIONS Federal Acquisition Regulation (FAR) clauses that will be incorporated in any resulting purchase order. The full text of each clause can be viewed at www.acquisition.gov/far. 1) 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ¿ Representation (FEB 2015) 2) 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014); 3) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2014), with Paragraph B clauses numbered 1, 6, 8, 10, 14, 16, 25, 28, 29, 30, 31, 42, 46, and 52 incorporated; Paragraph C clauses numbered 1 and 2 and all Paragraph A and E clauses incorporated. 4) DOI clause, Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP; https://www.IPP.gov) "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions- Commercial Items included in commercial item contracts. The IPP website address is: https://www.IPP.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: vendor's standard invoice, including the following elements: 1) Name and address of the contractor. 2) Invoice date and invoice number. 3) Contract/purchase order number. 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. 5) Period of Service for services rendered. 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. The following provisions are part of the Request for Quotations: 52.212-3 Offeror Representations and Certifications - Commercial Items. (NOV 2014) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. 52.212-2 Evaluation - Commercial Items. (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, on the basis of overall Lowest Price, Technically Acceptable, considering the following evaluation factors: price, technical capabilities to provide rotary snow blowing equipment and past performance of similar work. Evaluation factors include overall technical acceptability and price. The government reserves the right to make award without discussions. 52.212-1 INSTRUCTIONS TO OFFERORS ¿ Commercial Items (APR 2014) The deadline for receipt of quotes is Tue, July 5, 2016 at 3:00 pm PDT. The official combined synopsis/solicitation is posted at www.FBO.gov and www.FedConnect.net. Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the websites. Questions regarding this solicitation must be submitted in writing to gary_kramer@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Prior to submission of a quote, the quoter must: 1) Establish an active contractor profile in the System for Award Management database (www.SAM.gov); 2) Have completed the online submission of annual representations and certifications, also at www.SAM.gov. Line Item No.Services Unit Total Amount 0010 LOADER MOUNT ROTARY SNOW BLOWER REAR ENGINE MOUNTED HYDROSTATIC DRIVE 1 LS QUOTE PREPARATION INSTRUCTIONS Quotes may be submitted on letterhead or the Standard Form 1449 (downloadable from http://gsa.gov/portal/forms/download/115922), and must also include, at a minimum: 1) Completed price schedule shown above; 2) Prompt payment terms 3) Contractor remittance address and DUNS number 4) Name, phone number, e-mail, and mailing address of your point of contact; 5) A statement that your SAM registration is active; 6) Signature of official authorized to bind your organization; 7) References of past performance for offering vendor. Submit your quotes to: Santa Monica Mountains NRA, ATTN: Gary Kramer, 805-370-2324; gary_kramer@nps.gov or fax your quote to 805-370-1850
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01779/listing.html)
 
Record
SN04157630-W 20160624/160622234140-57ebac885a9921ac2051db97bef91431 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.